SOLICITATION NOTICE
54 -- Eight Wildlife Water Guzzlers
- Notice Date
- 6/9/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- BLM CA-STATE OFC BUS SVC BR (CA944)2800 COTTAGE WAY, SUITE W-1834SACRAMENTOCA95825US
- ZIP Code
- 00000
- Solicitation Number
- L14PS00574
- Response Due
- 6/20/2014
- Archive Date
- 7/20/2014
- Point of Contact
- Rosalind A Davis
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Firm, fixed-price quotes are requested under Request for Quotation (RFQ) Solicitation number L14PS00574. This document incorporates provisions and clauses which are in effect through Federal Acquisition Circular (FAC) 2005-73. This solicitation is set-aside for small business under North American Industry Classification System (NAICS) code 237110, Water and Sewer Line and Related Structures Construction, with a size standard of $33.5M. The Bureau of Land Management, Litchfield Corrals, 474-000 Hwy 395E, Litchfield, CA 96117 in Lassen County, has a requirement for eight (8), 1,800 gallon wildlife cross-linked polyethylene guzzler tanks with built-in drinkers. Specifications for the wildlife water catchment tanks (Wildlife guzzler tanks) include: -Capacity of 1800 gallons. -Ability to store and collect water in freezing temperatures. -Detachable dome top cover that also serves for water collection. -Constructed out of cross-linked polyethylene. -Integrated drinker and escape ramp. -Must not use any float devices for filling of drinker. BID SCHEDULE: 8 ea Wildlife Guzzlers Unit Cost $__________ Total Cost $__________ Shipping Charges Unit Cost $___________ Total Cost $___________ Grand Total $__________ The following provisions and clauses apply to this procurement: FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52,212-2, Evaluation - Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision. Quotes will be evaluated on past performance, and price listed in descending order of importance. Past performance will be based on the Contracting Officers knowledge, contacting provided references, and other reasonable sources. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (paragraph (b) following clauses apply; FAR 52.219-6; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-22; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-1; FAR 52.232-33); FAR 52.204-7 System for Award Management; FAR 52.223-3 Alt. 1 Hazardous Material Identification and Material Safety Data; FAR 52.223-6 Drug-Free Workplace. The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. Offerors must be registered, and must maintain an active registration in the System for Award Management database found at http://www.sam.gov or completed copy of the FAR 52.212-3 clause must be submitted with the quote. Quotes shall be submitted in writing on company letterhead and must include the RFQ number, the company name, point of contract, address, phone number, fax number, DUNS number, the delivery period in terms of the number of weeks or days, the unit price, the extended price, and any prompt payment discount terms. Offers are due by 5:00 pm (PDT) June 20, 2014. Quotes may be received electronically at www.fedconnect.net, by email to radavis@blm.gov, by fax to 916-978-444 or by mail to Bureau of Land Management, 2800 Cottage Way, W-1623, Sacramento, CA 95825. For additional information contact Rosalind Davis, Contracting Officer at 916-978-4523. All responsible offerors may submit a quotation that, if timely received, shall be considered for award. ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (APRIL 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: (a) Copy of Company Generated Invoice. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 -5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ipp&,rroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP tor submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/CA/L14PS00574/listing.html)
- Record
- SN03389390-W 20140611/140609234617-fc81d728fef5ae4d697fd4fdfb7157cf (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |